Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 14, 2007 FBO #2056
SOLICITATION NOTICE

Z -- Communication Tower

Notice Date
7/12/2007
 
Notice Type
Solicitation Notice
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
185 FW/LGC, 2920 Headquarters Avenue, Sioux City, IA 51110-1396
 
ZIP Code
51110-1396
 
Solicitation Number
W912LP-07-T-0091
 
Response Due
8/13/2007
 
Archive Date
10/12/2007
 
Small Business Set-Aside
N/A
 
Description
STATEMENT OF WORK (SOW) COMMUNICATION TOWER FOR THE 185 AIR REFUELING WING (185ARW) IOWA AIR NATIONAL GUARD, SIOUX CITY, IOWA I. Requirement Statement The 185ARW has a requirement to construct a new communication tower for use by the Iowa Air National Guard in Sioux City, Iowa. The current requirement is to install an 80-foot tall, self-supporting tower with the capability of installing an additional 10 feet at a later time. Tower base and foundation shall be designed to support a 90-foot tower, although only 80 feet will be installed at this time. II. Statement of Work. Contractor shall provide all materials, hardware, tools, equipment, transportation and labor necessary to design and install a fully operational communication tower, to include foundation and tower erection. A. Contractor License/Permit Requirements. The contractor must be an Iowa Licensed Contractor, Class A. Contractor shall supply a building permit and a presentable set of plans that carry a Professional Engineer stamp from an engineer licensed in Iowa. The permit package shall include a profile drawing of the structure with member sizes; anchor bolt details; descriptive notes; structural calculations; a table of supported antennas, mounts and feed lines; and a foundation sketch and calculations. B Design and Drawings. Contractor shall provide final erection drawings to the 185ARW Base Civil Engineer and Communication Squadron. The contractor is responsible for obtaining any soil analysis deemed necessary for proper design of the tower foundati on. The tower shall be designed to support the following equipment: Qty Ht (ft) Size (Sq Ft) / Model# Type 1 70 3 / UVU-200 Discone 1 70 3 / UVU-200 Discone 1 70 3 / UVU-200 Discone 1 70 1.6 / SRL-222 Dipole 1 80 3 / UVU-200 Discone 1 80 3 / UVU-200 Discone 1 80 3 / UVU-200 Discone 1 80 1.6 / SRL-222 Dipole 1 90 1.16 /G7-150-1 OMNI Directional 1 90 1.16 /G7-150-1 OMNI Directional 1 90 1.16 /G7-150-1 OMNI Directional 1 90 1.16 /G7-150-1 OMNI Directional 1 90 1.16 /G7-150-1 OMNI Directional 1 90 1.16 /G7-150-1 OMNI Directional A 10ft Aluminum Sector Frame will be attached to each tower leg at the 80 ft or 90 ft level. The tower shall be designed for a basic wind speed of 80 mph with .50 inches of radial ice in accordance with ANSI/TIA/EIA-222-G-2006 (reduction in wind speed will be considered when ice is applied). C. Materials. Contractor shall provide all new materials for the construction of the tower, which shall include, but, not be limited to: 1) Complete tower steel and hardware 2) Anchor bolts and hardware 3) Construction step bolts 4) Climbing step bolts 5) Vertical Waveguide ladder to support up to14-7/8 heliax lines. 6) Waveguide Bridge between the tower and 2nd floor of Bldg 261. 7) DBI safety cable kit and leg brackets without harness (90 ft.). 8) EIA standard grounding with a maximum of ten (10) ohms - ground resistance (per IEEE Standard 142-1991. 9) 10 ft Aluminum Sector Frames D. Construction Specifications. 1) All ground connections shall be exothermically welded. Test points for all grounds are required. 2) Contractor shall be responsible for all saw-cut concrete removal and replacement. 3) Install anti-climbing device or an approved equivalent at the base of the tower to prevent unauthorized climbing. 4) A minimum of ? inch conduit for obstruction lighting will be used and connected to existing obstruction lighting panel located in Bldg 261. The 120 VAC Obstruction Light shall be Dialight Corp. P/N 8601R01001 or an approved equivalent. 5) Tower lighting shall be connected to the existing exterior lighting phone eye located in Bldg 261. 6) Four 6-inch Bollards (6-inch concrete filled pipe) painted YELLOW and have WHITE reflective tape 4 inches from the top will be placed around the tower. Bollard location wi ll be determined by the user 7) A single Rohn 45G tower which is located in the area will remain operational. E. Regulatory Guidance. Compliance with the requirements set forth in the following FAA Advisory Circulars is mandatory. FAA Advisory Circular 150/5370-2C, Operational Safety on Airports During Construction. FAA Advisory Circular 70/7460-1K, Obstruction Marking and Lighting, Chapters 3, 4, 5, and 12. F. Optional Antenna Installation. Installation of antennas is not included in the basic statement of work. Optional line items may be exercised at time of contract award, depending upon availability of funds. Contractor shall provide all tools, equipment, materials, labor and transportation necessary to install the following antenna(s) on the communication tower. Each antenna will be mounted to a 3-foot Side-Arm/Stand-Off Bracket. Antennas shall be provided b y the Government. Side-Arm/Stand-Off Brackets shall be provided by the Contractor. Qty Ht (ft) Size (Sq Ft) / Model# Type Option 1 1 70 1.6 / SRL-222 Dipole Option 2 1 70 3 / UVU-200 Discone Option 3 1 80 3 / UVU-200 Discone Option 4 1 80 1.6 / SRL-222 Dipole G. Government-Provided Materials and Utilities. The Government shall provide 7/8 Heliax cable and connectors. The Government shall provide electricity, water and sewer. H. Third-Party Inspection. The Government reserves the right to request a third party inspection and evaluation company to inspect and examine the tower after construction, at Government expense. Any identified deficiencies or alterations from the tower manufacturers build out plans will be corrected by the contractor prior to acceptance of tower. I. Wage Determination. U. S. Department of Labor Wage Determination No. IA070001, dated 02/09/2007, is hereby incorporated into this solicitation and resulting contract. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are b eing requested and a written solicitation will not be issued.
 
Place of Performance
Address: 185 ARW 2920 Headquarters Avenue, Sioux City IA
Zip Code: 51111-1300
Country: US
 
Record
SN01340789-W 20070714/070712221444 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.